Hazardous Waste Disposal Contract

United States Postal Service (USPS)
Generic Statement Of Work

Understanding Of The Problem

Hazardous and toxic wastes are quite common. Postal Service operations that use cleaning solvents, inks, oils, anti-freeze (in some states), paints, acids, alkalies, pesticides or herbicides may become generators of regulated hazardous or toxic wastes. The generation, treatment, storage and disposal of such wastes are strictly regulated under federal laws and regulations, as well as state and local laws and regulations. Postal Service Handbook AS 553, Hazardous Waste Management Guide, May 1992, and Postal Service Management Instruction MI-AS-550-92-8, Hazardous Waste Management, 21 April 1992, Hazardous Waste Management, provide Postal Service policy and detailed guidance.

Vehicle Maintenance Facilities, Bulk Mail Centers and Consolidated Mail Facilities comprise the types of Postal Service operations that generate the greatest amounts of such waste and are most likely to be strictly regulated, and are most likely to be in need of hazardous waste disposal contracts. The many Post Offices and Stations that generate relatively small amounts of hazardous or toxic wastes, such as household or office cleaning supplies, solvents, or pesticides/herbicides are not considered as practical candidates for hazardous waste disposal contracts, and it is reasonable to proceed under the assumption that they will participate in local commercial or community programs for management of such wastes.

It is Postal Service policy that hazardous waste never be mixed with nonhazardous waste and it must never be disposed of on Postal Service property. Therefore, all postal managers and contractors must determine if any of the wastes generated at postal facilities are hazardous or toxic and if so, properly store and dispose of these wastes.

Rationale

Hazardous waste disposal services contracts could be applied on a nationwide, regional or specific-facility basis. Previous experience in other Federal Agencies with regional contracts of this type demonstrate certain intuitive benefits of scale economies; consequently, the attached Scope of Work has been structured to primarily support the needs of Postal Service Areas or Districts.

Postal Service guidance for, and procedures at, large postal facilities are that wastes are kept at an accumulation point, until a contractor is contacted for pick-up. The contractor will need to properly identify each waste, which may include a need to sample and analyze any or all containers. This does not, however, obviate the requirement for Postal Service managers to make maximum effort to properly segregate, identify, and store hazardous wastes in accumulation areas, as well as compliance with Federal, state and local requirements for accumulation areas. Therefore, the offeror's response to this solicitation must include the identification of each waste, a description of how it will be disposed of (either recycled/treated/landfilled), and a demonstration of the cost-effectiveness of each type of disposal for each specific waste. The contractor is to be responsible for proper packaging, labeling, and transportation from accumulation site to ultimate disposal. The contractor is to ensure the waste goes to a properly permitted site and that manifests and any other required documentation are provided to the Postal Service. The contractor is to ensure all hazardous waste is disposed of properly to avoid the possibility of a fine or penalty being assessed by the state or EPA. The contractor must be held responsible for any fines/penalties assessed due to state, local or federal laws being violated by the contractor.

All documentation and reporting requirements for hazardous and toxic waste disposal is to be accomplished by the contractor, with copies provided to the Postal Service. The contractor is to be held responsible for the waste from the accumulation point until its ultimate disposal, including its proper handling, identification, transportation, packaging, labeling and paperwork required.

The Scope of Work and the accompanying Instructions to Offerors and Evaluation Criteria are structured to support an Indefinite Quantity/Firm Fixed Price type of contract. This recommendation is based on successful precedence with other Federal agencies for such requirements.

1.0 Scope Of Work

1.1 Objective: The scope of work will provide the United States Postal Service with hazardous and toxic waste disposal services. Services include pick-up, transportation, labeling, analyses, fate determination, documentation, and audit trails until ultimate treatment or disposal of hazardous or toxic wastes.

2.0 Requirements

2.1 General Requirements.

2.1.1 The Contractor, as an independent contractor and not an agent of the Postal Service shall, on an as required basis, supply the necessary personnel, material and all other things necessary for or incident to the performance of the assigned task.

2.1.2 All work performed by the contractor shall comply with all applicable Federal, state and local laws and regulations, including, but not limited to, those promulgated under the Resource Conservation and Recovery Act, the Toxic Substances Control Act, the Occupational Safety and Health Act, the Hazardous Materials Transportation Act, and applicable Department of Transportation regulations.

2.1.3 The Postal Service affirms that all hazardous property placed for disposal on task orders issued under this contract will be accompanied by documentation and markings to properly identify the waste if available. The exception may be in the case of wastes generated from broken or leaking containers, or unidentified containers where it may be necessary to determine whether such wastes and cleanup materials exhibit the characteristics of hazardous wastes as defined by Federal or state regulations. In these instances, the contractor will provide for any additional testing and/or analysis required for characterization, transportation, treatment, recycling, or disposal of the hazardous or toxic waste.

2.2 Specific requirements

2.2.1 The contractor will provide all services necessary for the final treatment/disposal of the hazardous wastes listed in the schedule in accordance with all local, state, and federal laws, and regulations, and the terms and conditions of this contract. These services shall include all necessary personnel, labor, transportation, packaging, equipment and the compilation and submission of all documents required by Submission Of Documentation section. Postal Service handbook AS-553, dated May 1992, Hazardous Waste Management will be used as a reference.

2.2.2 Mandatory recycling. The Postal Service is implementing an affirmative program to promote cost-effective waste reduction and recycling of materials generated in its operations and facilities. Recycling and reuse of materials is preferable to incineration and/or land filling. Thus the contractor will maintain an approved list of recycling vendors, haulers, and landfills in their vicinity that are authorized by the EPA or state.

Recyclable Materials May Include But Not Limited To:

  1. Spent solvents
  2. Antifreeze
  3. Batteries
  4. Paints
  5. Used oil or used oil contaminated with gasoline, water, dirt, etc.

2.2.3 Department Of Transportation Requirements. The contractor will comply with, and ensure that all applicable subcontractors comply with , all requirements of United States Department of Transportation (DoT) regulations, 49CFR Parts 100-199, regarding waste transportation under this contract. Complete compliance with these regulations shall include, but not be limited to, ensuring that emergency response information is carried on transport vehicles and maintained at facilities where hazardous materials are received, stored, or handled during transportation. Shipping papers will contain an emergency response telephone number supplied by the disposal contractor which is monitored 24 hours a day in order to provide immediate, detailed emergency information to personnel reacting to emergencies. Technical names will be included in the descriptions of materials reflected on shipping papers by "not otherwise specified" (n.o.s.) descriptions. Definitions of the terms used in this clause are those used in 49 CFR 100-199. Contractors must ensure that off-site shipments of hazardous waste are labeled, marked, and placarded according to the U.S. DoT requirements. Contractor remains responsible for proper management of waste even after it leaves Postal Service property. This includes responsibility for any spill while in transit - see below section 2.2.5.

2.2.4 Transportation Matrix.

2.2.4.1 The contractor shall fill in the following blank spaces indicating each transporter that may be used to transport hazardous or toxic property under this contract. Each transporter must be properly licensed, trained, permitted, conform to the requirements of Section XXX of this contract and be in good standing with the regulatory community. The contractor agrees that no transporters other than those listed below will be used without obtaining the prior written approval from the Postal Service.

Name Of Transporter Address EPA Ident No.
1.
2.
3.
4.
5.
6.
If more space is needed append an attachment to the proposal indicating that it is a continuation of C.2.a.

2.2.4.2 For each transporter listed above, the Contractor shall provide all applicable state hauling permit numbers where appropriate. The applicable state hauling permit numbers must be provided for the state(s) where the pick-up sites are located, the state(s) where the interim storage facilities are located as listed in their TSDF plan and the state(s) where the disposal facilities are located as listed in the TSDF plan.

Name Of Transporter State Hauling Permit No
1.
2.
3.
4.
5.
6.
If more space is needed, append an attachment to the proposal indicating that it is a continuation.

2.2.4.3 The transporters approved for use under this contract are only approved subject to all services being performed in accordance with all federal, state, and local laws and regulations and the transporter's permit.

2.2.5 Spill Responsibility

2.2.5.1 The contractor is solely responsible for any and all spills or leaks and subsequent clean ups that may be required during the performance of this contract which occur as a result of or are contributed to by the actions of its agents, employees, or subcontractors. The contractor agrees to clean up such spills or leaks to the satisfaction of the Postal Service and in a manner that complies with applicable Federal, state, and local laws and regulations. The clean up shall be at no cost to the Postal Service.

2.2.5.2 The contractor shall report all such spills or leaks, regardless of their quantity, to the Postal Service immediately upon discovery. A written follow-up report shall be submitted to the Postal Service no later than 24 hours after the initial telephonic report. The written report shall be in narrative form and as a minimum include the following:

  1. Description of the item spilled (including identity, quantity, manifest no., etc).
  2. Whether amount spilled is EPA/state reportable, and if so whether it was reported, and to whom.
  3. Exact time and location of spill including a description of the area involved.
  4. Containment procedures initiated.
  5. Summary of any communications contractor has with press, state officials, or Postal Service officials.
  6. Description of clean-up procedures employed or to be employed at the site including final disposition and disposal location of spill residue.

2.2.6 Safety

The contractor must perform all operations in a prudent, conscientious, safe and professional manner. At a minimum, contractor's personnel and equipment shall comply with applicable state, Federal, and local laws, safety regulations and procedures, and contractor will ensure that its agents, employees, and subcontractors perform in a safe manner. The contractor shall ensure that all personnel involved in handling and packaging the hazardous waste be trained for the level of expertise required for the proper performance of the task and, in particular, in the areas of chemical incompatibility, general first aid procedures and spills. Handling and personnel protective equipment shall be provided by the contractor and must be appropriate to ensure safe handling of the hazardous waste. The contractor agrees that his personnel and equipment are subject to safety inspections by Postal Service personnel and state authorities while on postal property.

2.2.7 Notifications

Except as may otherwise be specified herein, the contractor shall notify the Postal Service of each location, at least five calendar days before attempting site visits, analysis or pickups.

2.2.8 Permits

The contractor shall, without additional expense to the Postal Service, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, state and local laws, codes, and regulations in connection with the execution of the work. This includes ensuring Postal Service hazardous or toxic wastes are sent to licensed, permitted, and approved disposal sites.

2.2.9 Definition Of Final Treatment/Disposal

2.2.9.1 For purposes of this contract, final treatment/disposal means either: treatment so that such wastes no longer meet the definition of a hazardous waste as defined in 40 CFR 261; or treatment of a waste by a RCRA handling method specified in 40 CFR Parts 264/265 appendix 1, Table 2, paragraph 2. Waste handling costs that describe methods of storage do not meet the definition of final treatment nor final disposal under this contract. Interim treatment of the waste such that the waste still meets the definition of a hazardous waste as defined in 40 CFR 261 does not meet the definition of final treatment under this contract. Final disposal means disposal of a waste by a RCRA handling method specified in 40 CFR, parts 264/265, appendix 1, table 2, paragraph 3. All facilities used for interim treatment, final treatment or final disposal of items on this contract shall have as a minimum, an EPA/state approved interim status permit showing EPA hazardous waste numbers described in 40 CFR 261, subparts c and d, for each waste the facility is permitted to handle.

2.2.9.2 Mere acceptance of the hazardous waste at a properly permitted treatment, storage, or disposal facility (TSDF) does not meet the definition of final treatment nor final disposal under this contract. It is the contractor's responsibility to obtain all necessary documentation to prove that the final treatment or final disposal of all items (as defined in paragraph a above) has been accomplished. This documentation shall be attached to the certificate of disposal and submitted with, or prior to, the invoices.

2.2.10 Typical Hazardous And Toxic Wastes

Below is a list of materials used and hazardous or toxic wastes that might be generated at typical USPS facilities, to include vehicle maintenance and equipment repair operations, laboratories, printing shops, training sites, photoprocessing activities, and groundskeeping units:

Process/Opn Materials Used Typical Mat Ingredient General Types Of Waste Gen
Degreasing; Engine, Parts, And Equipment Cleaning Degreasers (Gunk), Carburetor Cleaners, Engine Cleaners, Solvents, Acids/Alkalies, Cleaning Fluids Petroleum Distillates, Aromatic Hydrocarbons, Mineral Spirits, Benzene, Toluene, Petroleum Naphtha Acid/Alkaline Wastes, Spent Solvents, Ignitable Wastes, Toxic Wastes
Rust Removal Naval Jelly, Strong Acids, Strong Alkalies Phosphoric Acid, Hydrochloric Acid, Hydrofluoric Acid, Sodium Hydroxide Acid/Alkaline Wastes
Paint Preparation Paint Thinners, Enamel Reducers, White Spirits, Paint Removers Alcohols, Petroleum Distillates, Oxygenated Solvents, Mineral Spirits, Ketones Paint Wastes, Spent Solvents, Ignitable Wastes, Toxic Wastes
Painting Enamels, Lacquers, Epoxies, Alkyds, Acrylics Primers, Solvents Acetone, Toluene, Benzene, Petroleum Distillates, Epoxy Ester Resins, Methylene Chloride, Xylene, Vm&P Naphtha, Aromatic Hydrocarbons, Methyl Isobutyl Ketones Paint Wastes, Spent Solvents, Ignitable Wastes, Toxic Wastes
Spray Booth, Spray Guns, And Brush Cleaning Paint Thinners, Enamel Reducers, Solvents, White Spirits Ketones, Alcohols, Toluene, Acetone, Isopropyl Alcohol, Petroleum Distillates, Mineral Spirits Paint Wastes, Spent Solvents, Ignitable Wastes, Toxic Wastes
Paint Removal Solvents, Paint Thinners, Enamel Reducers, White Spirits Acetone, Toluene, Petroleum Distillates, Methanol, Methylene Chloride, Isopropyl Alcohol, Mineral Spirits, Alcohols, Ketones, Other Oxygenated Solvents Paint Wastes, Spent Solvents, Toxic Wastes
Tank Cleanout Solvents Or Cleaners To Wash Out Tanks, Residues Solvents, Petroleum Products In Tanks Tank Draws Containing Toxic Residues
Installing Lead-Acid Batteries Used Batteries Of Car, Truck, And Other Vehicles Lead Dross Acid/Alkaline Wastes, Batteries (Lead-Acid)
Laboratory Operations Reagents Of Various Types Sodium Dichromate, Alcohols, Benzene, Carbon Tetrachloride, Acetamide, Cyclohexane Off-Spec Chemicals, Samples, Sample Containers, Metals
Printing Inks, Thinners, Acids, Formulated Washers Naptha, Trichloromethane, Methylene Chloride Spent Ink, Thinners, And Acid/Alkaline Wastes, Volatile Organics
Groundskeeping Pesticides, Herbicides   Toxic Wastes
Minor Facility Projects Asbestos Containing Building Materials Asbestos Low Volume Friable Asbestos

2.2.11 Definition Of Final Treatment/Disposal

Most postal service facilities that use hazardous or toxic materials are categorized as small quantity generators (SDG) (generators that generate between 100 kilograms and 1,000 kilograms (220-2000 pounds) per month of hazardous waste, and generate no more than 1 kilogram (2.2 pounds) per month of acutely hazardous waste, and accumulate on-site no more than 6,000 kilograms (13,200 pounds) of hazardous waste. Hazardous waste generator requirements are outlined in the following table (Note that in the event that state or local requirements may vary - contractor is responsible for determining appropriate regulatory requirements within the locale of the contract area):

Requirement Conditionally Exempt Small Quantity Large Quantity
Amount Of Acute Waste (40 CFR 261&262) 0-100kg/Mth <1 Kg 100-1000kg/Mth <1 Kg >1,000kg/Mth >1 Kg
Accumulation (40 CFR 261&262) 1,000 Kg 6,000 Kg Unlimited
Storage Time (40 CFR 261&262) Unlimited 180 Days Unless >200 Mile Transport Then 270 Days 90 Days
EPA ID No. (40 CFR 262) NA Required Required
Manifest (40 CFR 262) NA Required Required
Recordkeeping
Manifest (262.40) NA NA NA
Exception Rpts (262.42) (Manifest Not Returned) NA 3 Years 60 Days And Send CY To EPA
Waste Testing Results 3 Years NA 3 Years
Biennial Rpt To EPA (262.41) 35 Days To Contact TSD Transport And 45 Days To EPA 3 Years Required
Personnel Training NA Some (262.34) Required
Emergency Response Preparedness Equip & Coord (40 CFR 265, Subprt C) NA Required Required
Contingency Plan And Emergency Procedures (40 CFR 265, Subpart D) NA SQG Reqmnts And Plans Required
Container Mgmnt (40 CFR 265, Subpart I) NA Required Required
Tank Mngmnt (40 CFR 265, Subpart J) NA SQG Requirements Required
Land Disposal Notice And Waste Management Plan (40 CFR 268.7) NA Required Required
Hazardous Waste Label Should Do Required Required
Accumulation Date Label Should Do Required Required

2.2.12 Treatment, Storage And Disposal Facility Plan.

2.2.12.1 The Contractor shall identify each treatment, storage and disposal facility (TSDF) which may perform treatment, storage or disposal services under this contract. Each facility must have, as a minimum, EPA RCRA interim status or state approval as a treatment or disposal facility and be in good standing with the regulatory community. The contractor agrees that no facility other than those initially approved for use under this contract will be used, without first obtaining the written approval of the Postal Service. The appropriate permit/license number, name and address of the permitting/licensing agency shall be provided.

2.2.12.2 The TSDFs approved for use under this contract are only approved subject to all services being performed in accordance with all federal state and local laws and regulations and the TSDF's permit. The contractor must have the capability to meet the removal and disposal timeframes required by the contract for all waste streams identified in Section 2.1.13 as a minimum. At least one interim storage facility for each waste stream identified in Section 2.1.13 shall be included in the proposal.

2.1.13 Manifesting And Shipping Documents

2.1.13.1 A uniform hazardous waste manifest is required for the removal from postal property of all hazardous or toxic items. The contractor shall obtain and review all manifests for completeness and accuracy prior to removal of any hazardous or toxic wastes from postal property. The contractor shall provide the Postal Service with a copy of the manifest(s), land disposal restriction notification(s), and any other shipping documents for review by the appropriate postal official at least 24 hours prior to removal, whenever possible. The pickup manifests will be reviewed and signed by the appropriate Postal Service official. Completed copies of all manifests shall be furnished to the Postal Service, as well as submitted as attachments to all invoices. Manifests shall be submitted in such a manner as to comply with the timeliness prescribed by the state and EPA regulations.

2.1.13.2 The contractor is required to provide the Postal Service with two (2) copies of any manifest which documents the movement of postal waste after it has departed the postal property within 30 calendar days after acceptance at the accepting facility. For example, if waste is shipped from the accumulation site to a facility for storage or treatment, which does not meet the definition of final disposal, then a manifest detailing the acceptance of the waste into the additional facility must be provided within the prescribed timeframe.

2.1.13.3 Each manifest, as well as other documentation required herein shall be clearly and distinctly marked with the contract number and delivery order number as applicable. If blocks are not provided, the contract and delivery order information shall be placed in the upper right hand corner of each document.

2.2.14 Segregation Of Hazardous Waste

All items collected on this contract must be segregated and kept physically separate from any other items until the initial treatment, storage disposal facility (TSDF) is reached. The items must be so marked, that they are readily identified to this contract throughout this period. In addition, the contractor must ensure that there is a clear audit trail for all items until final treatment/disposal is accomplished.

2.2.15 Statement On Containers

The Postal Service does not warrant that the drums or containers are suitable for transportation in accordance with DoT regulations. The offeror is cautioned to ascertain and assess the need for overpacking or recontainerizing based on the site visit.

2.2.16 Postal Service Equipment And Personnel

The Postal Service shall not furnish any equipment or personnel to assist the contractor in the performance of the contractor's responsibilities under the contract. The Contractor understands that any such offers of assistance are unauthorized, and the contractor shall not accept any such offers.

2.2.17 Waste Analysis Sheets

The contractor shall prepare all waste analysis sheets identified to a specific contract line item that may be required for disposal, and provide two copies to the Postal Service.

2.2.18 Detailed Analysis

If the contractor must perform detailed analysis for disposal, copies of the results identified to a specific contract line item shall be provided to the Postal Service. Any detailed analysis must comply with all federal, state, and local requirements. Analysis must include determination if hazardous or toxic waste is to be treated, recycled, or ultimately disposed of in a landfill and cost benefits of such determination. Analyses will be provided to the Postal Service and method of ultimate disposal will be whichever is most cost effective and agreed upon by the contractor and Postal Service representative.

2.2.19 Treatment Of Hazardous Waste On Postal Property

Treatment of hazardous waste (including solidification) on Postal Service property is not permitted. Treatment is defined as any process which meets the definition of treatment as set forth in applicable federal, state and local laws and regulations.

2.2.20 Hours Of Operation

The contractor agrees that, for those portions of the services provided on postal property, the services will be provided during the normal hours of operations for the Postal Service facility. The normal hours of operations for those facilities included under this contract are available, upon request, from the Postal Service.

2.2.21 Loading

The contractor is responsible for loading, including furnishing all the equipment necessary for loading. Unless otherwise provided in the contract, loading will not be performed on Saturdays, Sundays, postal holidays, or any day that the facility where the items are located is closed.

2.2.21.1 Bulk Items

Bulk items will be measured by one of the following methods. The method used will be whichever is most accurate and agreed upon by the contractor and Postal Service representative.

  1. Actual weight using USPS or other commercial scales.
  2. Calculated weight. As an alternative to actual weighing, the weight of bulk shipments may be computed, provided that the specified gravity of the material is known and the volume actually picked up is determined. For example, 2,000 gallons of liquid with a specific gravity of 1.4 = calculated weight of 23,344 pounds. (2,000 x 1.4 x 8.337, where one gallon of water weighs 8.337 pounds). Specific gravity will be obtained from a waste profile sheet.

2.2.21.2 Non-bulk items

For non-bulk items, the contractor shall provide portable scales for outweighing of property. Portable scales must have a minimum capacity for 1500 pounds. For the purpose of this contract, scales permanently affixed or built into a vehicle are considered portable scales. Prior to the use of portable scales at each pickup site, the contractor must demonstrate reasonable weight accuracy to the Postal Service representative. Only materials to be removed by the contractor will be weighted. Pallets, boxes, stripping, etc., which are not integral parts of the packaging and are not being removed by the contractor will not be included in the weight.

2.2.22 Reports

2.2.22.1 A pickup report shall be completed by the contractor at the time of each pickup and shall accompany each shipment. Completed copies are to be furnished to the Postal Service. All waste picked up shall be listed on the appropriate Postal Service forms and reference the contract line item number of this contract.

2.2.22.2 The contractor shall prepare a Certificate of Disposal. This certificate is to be submitted prior to the invoices. Any differences between the contract inventory and what was actually picked up or disposed of must be thoroughly described and documented.

2.2.22.3 Certificate of Recycling. The contractor shall prepare a Certificate of Recycling for any waste that is recycled. This certificate is to be submitted prior to the invoices. One copy of each certification of recycling signed by a responsible company official for property removed will be provided to the appropriate postal property officials.

2.2.22.4 Annual Report. The contractor shall prepare an annual report summarizing all hazardous waste disposal and recycling data. Report will be submitted to USPS officials no later than (insert date)

2.2.23 Empty Containers

2.2.23.1 Prior to reuse or sale of empty containers, the contractor shall:

2.2.23.2 The contractor shall be exempt from this requirement only if the containers are crushed and sent to a scrap operation, crushed and sent to a landfill, or the containers are physically disposed of concurrently with their contents (i.e., incineration/landfill).

2.2.24 Bulk Removal

It will be necessary to pump liquids, solids, and sludges from tanks. Contractor shall furnish a collection vehicle equipped with vacuum pumps and hoses. Each pumping truck shall have at least 100 linear feet of hose. Pumps and hoses shall have the capability to safely handle the types of wastes to be collected and be able to remove all liquids, solids, and sludges from tanks that can be removed without agitation or introduction of other materials into the tanks.

2.2.25 Packaging, Marking And Labeling

2.2.25.1 The contractor shall package, mark, label and placard all items in such a manner that all applicable federal, state, and local EPA and DoT regulations are met. Packaging, shipping names, marking, labelling placarding, etc., under the terms of this contract will be in accordance with 49 CFR and 40 CFR. If items must be packaged for proper shipment, the contractor shall perform such repackaging and furnish all required materials. When repackaging is necessary, the contractor shall be responsible for disposal of the original container and placarding in a manner that complies with all applicable federal, state, and local EPA and DoT regulations. The contractor shall also provide and affix appropriate placards to each vehicle prior to leaving Postal Service premises and ensure that all other DoT transporter requirements are met.

2.2.25.2 If the contractor elects to package compatible items in the same container, then the contractor must provide an all-inclusive packing list showing each item and its respective quantity. This list shall be placed outside the outer most container. A copy of the packing list must be attached to the manifest. Contractor furnished overpack containers and materials will not be included in the total weight calculations.

Instructions, Conditions And Notices To Offerors

1.0 Type Of Contract

The Postal Service contemplates award of an Indefinite Quantity/ Firm Fixed Price Requirements contract resulting from this solicitation.

2.0 General Instructions

2.1 Offerors shall provide a proposal which, at a minimum, addresses those factors required in the section on evaluation factors. Each proposal shall address the requirements of the general scope of work. Format shall be as follows:

2.1.1 The offeror will submit three complete copies of the proposal, in separate parts, as shown below. All information pertaining to each part will be confined to the appropriate part.

2.1.2 Pages shall not exceed 8-1/2 X 11 inches. Foldout (i.e., sketches and tables) may be used as long as they fold entirely into the volume and contain no more than 1,000 words. Proposal shall be typed and not more than 56 lines per page, 12 pitch, 1 inch margin minimum. Pages shall be numbered 1 through 100.

2.1.3 Proposals, and all other documents, shall be submitted on recycled paper, with two-sided copying.

2.1.4 Page limitation is 60 pages for Parts I, II, and III (exclusive of personnel and financial statement). Additional pages will not be reviewed thus information presented on the additional pages will not be used in the rating.

3.0 Specific Instructions by Part:

3.1 Part I - Technical Area

Offeror is responsible for including sufficient details (without reference to cost) to permit a complete and accurate evaluation of the proposal strictly from a technical standpoint. The index of the sections shall contain the title of the matters discussed referencing the paragraph of the Statement of Work (SOW) as well as the proposal paragraph and page numbers which discuss the title. The narrative discussions shall be related to the applicable SOW paragraph by placing the appropriate number at the beginning of the discussion text. The offeror shall use recycled paper and two-sided copying for all submittals.

3.1.1 Past Performance Proposal:

3.1.1.1 The offeror is required to provide any information regarding the level of performance, in terms of delivery and quality achieved under either Postal Service or commercial awards for the same or similar services within the last two years. The information provided should reflect the offeror's record of performance in the areas of conforming to specifications, adherence to contract schedules, reputation for reasonable and cooperative behavior, commitment to customer satisfaction and business-like concern for the interest of your customer. Additionally, if performance deficiencies were identified, what were they and what corrective action was taken.

3.1.1.2 Offeror shall submit qualifications of either the firm or key employees of the firm. Experience of the firm must include the following information: name, address, telephone number, and point of contact for which same or similar services were rendered, inclusive date of service, dollar value of contract or purchase order, quantity of waste disposed and corresponding chemical name/EPA code/hazard class.

3.2 Part II - Management Area

3.2.1 Relevant Experience and Past Performance - Offeror shall provide a list of related technical experience and commercial/federal contracts which the offeror and proposed subcontractors have performed during the past five (5) years. Identify and include in the listing the contract number, project description, type of contract, dollar value, names, and addresses and telephone numbers of responsible technical and contractual personnel who have knowledge of the offerors performance. Information on key employees, if the offeror wishes to submit, should include: places and dates of prior employment, title and positions held, college degrees earned, names and locations of institutions attended, major subject studied, dates of attendance, which key employees possess a natural science or engineering degree, which key employees possess direct, hands-on hazardous waste field experience, and a short description of duties related to hazardous or toxic waste management.

Past performance and experience data must cover the offeror's qualifications in all areas covered by the SOW. Also, offerors shall include a copy of the most recently audited financial statement as a separate attachment. Any audited statement that is over 180 days old shall be accompanied by an updated financial statement, not necessarily audited.

3.2.2 The following documentation shall be provided along with the proposal. Such documentation will be evaluated by the Postal Service in determining the technical acceptability of the offeror's proposal.

3.2.2.1 Training: Documentation on the contractor's training program sufficient to demonstrate compliance with OSHA, RCRA, TSCA, DoT and state requirements relative to hazardous or toxic property handling. Provide proof that initial and refresher training is being accomplished for key individuals, including those persons who will be performing the on-site field work. Provide the credentials of the training agent. Offerors must provide documentation verifying that the following training requirements have been successfully met:

  1. OSHA - 20 CFR 1910.120 and 1910.1200
  2. RCRA- when applicable
  3. TSCA - when applicable
  4. DoT - when applicable

Training course listing must cross-reference which RCRA/OSHA/DoT requirements they meet. Offeror shall provide the name, address, telephone number and credentials of the training agent. Training must include both the initial 24 hour and the 8 hour refresher courses on hazardous property handling (HAZWOPER), safety, manifesting, and the hazardous communications course.

Acceptable evidence of training incudes one or more of the following documents: certificate of training, class rosters, transcripts or class scheduled. Offerors must provide this documentation for any proposed subcontractor that will sample or remove hazardous waste.

3.2.2.2 Offerors will provide evidence of expertise in general pollution prevention principles, as well as a description of how such principles can/will be applied during contract execution.

3.2.2.3 Procedures

Offeror shall provide step-by-step logistical procedures for performing on a contract or delivery order. Procedures performed by subcontractors shall also be addressed. Procedures shall be in sufficient detail to demonstrate the offeror's understanding of the scope of the work effort required and the degree of difficulty involved. Offerors procedures must address the following elements:

  1. Offeror must address the logistical procedures for drum removal, sampling, handling, loading, inspection, overpack use, labeling, marking, waste segregation, waste profiling and manifest preparation.
  2. Offeror must describe the following procedures:

    1. Coordination between prime and subcontractors.
    2. Waste profiling approvals.
    3. Waste segregation procedures.
    4. Documentation Submittal

3.2.2.4 TSDFs and Transporters

  1. Provide evidence of established working relationships with the TSDFs and transporters indicated on the TSDF and transporter plans. If an existing working relationship does not exist between the offeror and any proposed TSDF or transporter, the offeror must provide written evidence of the TSDF or transporters willingness to provide subcontracting services under this solicitation. Evidence of an established working relationship may consist of any of the following:

    1. letters of agreement,
    2. existing legal contract or purchase order,
    3. completed uniform hazardous waste manifest,
    4. paid invoice with corresponding purchase order,
    5. required notice as required under 40 CFR PART 194.12b or certification under clause 0.37.

    Evidence of a working relationship shall be no older than 365 days prior to receipt of initial offers on the solicitation.
  2. Provide the offeror's procedure for the review and evaluation of the TSDFs and transporters. Sample audit check lists or reports should be submitted if they are an element in the offeror's review and selection procedure of subcontractors.

TSDFs proposed in Section 2.2.12 or transporters proposed in 2.2.4 may be determined to be deficient if any of the following conditions apply:

  1. At any time during the period of this contract, the Postal Service disapproves a proposed TSDF or a previously approved TSDF included in section 2.2.12 or 2.2.4 if:

    1. The TSDF is currently closed.
    2. The TSDF is identified as a significant noncomplier (exhibiting RCRA Class I violations or fines for groundwater monitoring, closure, post-closure, or financial responsibility), and has not entered into a compliance schedule or similar action.
    3. The TSDF has been cited via an administrative order or judicial action, and the TSDF has not entered into a compliance schedule or similar action within 180 days from the time the order or judicial action was issued.
    4. The TSDF has exhibited a history of noncompliance (including, but not limited to RCRA class I and II violations, OSHA violations, state and local violations, and DoT violations) and exhibited a lack of good faith in correcting the violations. A "good faith" effort would be exhibited through promptly signing a consent agreement with the regulatory authorities, and performing in compliance with the agreement for at least six months. Repeated violations or fines may be considered as a lack of "good faith".
    5. The TSDF has been identified as having groundwater contamination or is not acceptable under the state's groundwater anti-degradation policy.
    6. The TSDF is not permitted to and/or not capable of handling the waste proposed.
    7. The TSDF received a negative recommendation as a result of a Postal Service inspection visit during the preceding 12 months without substantive evidence of corrected deficiencies.
    8. The TSDF stores/treats the waste, then ships out the regulated Postal Service hazardous or toxic waste to a TSDF excluded under 2.2.12 requirements.

  2. At any time during the period of this contract, the Postal Service may disapprove a proposed transporter or a previously approved transporter included in section 2.2.4 if any of the following apply:

    1. The transporter does not have the appropriate federal/state/local permits to transport hazardous waste.
    2. Transporter has not provided documentation of at least a "satisfactory" rating from Department of Transportation (DoT) Office of Motor Carrier Safety (OMS).
    3. The transporter has exhibited a history of noncompliance or fines/penalties (including RCRA, DoT, OSHA and state and local regulations governing hazardous or toxic materials hauling and motor carrier safety.)
    4. The transporter has been cited via administrative order or judicial action and has not entered into a compliance schedule or similar action within 180 days from the time the order or judicial action was issued.

3.2.3 The offeror shall demonstrate his commitment to the national environmental ethic by describing his firm's environmental protection/pollution prevention programs.

3.3 Part III - Facilities And Resources

Offeror shall describe facilities and resources, including geographic locations that would be used in completing efforts under this proposal. The response shall include, but not limited to computer resources, laboratory facilities, and visual communications.

3.4 Part IV - Cost

The Postal Service will make award to a single, [(Note - could also be for multiple awards need to determine for each solicitation)] responsible offeror whose offer is technically acceptable, conforms to the solicitation and demonstrates the best value to the Postal Service in terms of price and past performance. Proposal will contain a schedule of prices for each item identified in section 2.2.10 as a minimum. Schedule of prices shall list, as a minimum, item no., supplies/services, estimated quantity, unit, unit price and amount, and waste characterization analysis by method (e.g., TCLP)

NOTE: - Postal Service must provide for each solicitation the specific information on estimated amount of waste generated by type to develop the schedule of prices form. The schedule would look something like this:

Item No. Supply/Serv Est Qty Unit Price and Amount
9100-9199 Ignitable wastes    
9101 Small containers 7200lb ea
9106 Bulk Liquids 15,000lb ea

Note: The above examples were taken from a DoD contract. The Postal Service needs to insert this type of information in the bid/price schedule.

Evaluation Factors For Award

1.0 Initial Evaluation of Proposals.

All proposals will be given an initial review to determine if the offeror has had recent experience with hazardous or toxic waste disposal procedures and to determine in-house expertise and experience.

1.1 General.

Careful, full and impartial consideration will be given to all proposals being considered for the formal rating and the evaluation will be applied in a similar manner. Factors against which proposals will be evaluated are technical ability, management, cost, facilities and resources.

1.2 Initial Evaluation of Proposals eligible for the Formal Rating.

All proposals being considered for the formal rating will be evaluated by a team of Postal Service personnel as set forth in section 4.0 The technical management, and access to facilities and resources will receive a point score rating along with a short narrative description. The point score rating will then be combined into a merit rating. In addition, the cost proposal will be evaluated for reasonableness.

1.3 Competitive range.

The Postal Service will make the determination as to which proposals are in the "competitive range." The competitive range shall be determined on the basis of the merit ratings and shall include all proposals which have a reasonable chance of being selected for award.

1.4 Discussion/"Best and Final Offers."

All offerors selected to participate in discussions shall be advised of deficiencies in their proposal and shall be offered a reasonable opportunity to correct or resolve the deficiencies and to submit such price or cost, technical or other revision to their proposal that may result from the discussions. At the conclusion of discussions, a final common cut-off date which allows reasonable opportunity for submission of written "Best and Final" offers shall be established and those determined to be in the competitive range will be notified to submit Best and Final offers.

1.5 The initial number of proposals

Considered as being within the competitive range may be reduced when, as a result of the written or oral discussions, any such proposal has been determined to no longer have a reasonable chance of being selected for award.

1.6 Consideration

Shall be given to the offeror's use of recycled paper and two-sided copying for all submittals.

2.0 The Final Evaluation of Proposals.

The initial evaluation of the proposals within the competitive range may be revised in light of any additional information/data provided during subsequent discussion and/or furnished with the "Best and Final" offer.

3.0 Basis For Award

The basis for award of a contract(s) as a result of this RFP will be an integrated assessment by the Postal Service of the results of the evaluation of the areas, elements and factors set forth giving due consideration to their relative order of importance as indicated in section 4.0. Ultimately, the source selection decision will take into account the contractor's ability to meet the requirements of this proposal on a cost effective basis. The Postal Service reserves the right of such flexibility in evaluation as is necessary to assure placement of the contract is in its best interest. Accordingly, the Postal Service may award any resulting contract to other than the lowest price offeror, or other than the offeror with the highest merit rating. The Postal Service reserves the right to select for award any or none of the proposals received in response to the announcement. The Postal Service is not responsible for any monies expended by the offeror before award of contract.

4.0 Evaluation Areas/Elements/Factors And Their Relative Order Of Importance.

Evaluation of offerors will be based on the following areas, which are listed in descending order of importance with the technical area being as important as all other areas combined.

  1. Technical
  2. Cost
  3. Management
  4. Facilities and Resources
Based on the technical, management, and facilities and resources criteria identified herein, award will be made to an acceptable offer, the price of which may not be the lowest, but which is sufficiently more advantageous than the lowest offer so as to justify the payment of a higher price.

4.1 Technical proposals.

4.1.1 Technical proposals submitted will be evaluated in accordance with acceptability of a TSDF plan, as stated in section 2.2.12 of the SOW. The TSDFs identified in the plan must provide either redundant treatment/disposal coverage or treatment/disposal coverage plus interim storage capability for the vast majority of waste streams identified in 2.2.4, such that offeror's understanding of the scope of the work effort and degree of difficulty involved is clearly demonstrated.

4.1.2 Acceptability of transporter information as identified in section 2.2.4.

4.1.3 TSDFs proposed in section 2.2.12 or transporters proposed in section 2.2.4 may be determined to be deficient if any of the conditions in section 3.2.2.3 apply.

4.2 Management

4.2.1 The management area will be evaluated on relevant in-house experience, past performance, customer relations and communication, and the offeror's in-house environmental protection/pollution prevention program in place. Past performance will not be scored, but the Postal Service conclusions about overall quality of the offeror's past performance will be a factor in determining the relative merits of the offeror's proposal and in selecting the offeror, whose proposal is otherwise considered most advantageous to the Postal Service. By past performance, the Postal Service means the offeror's record of conforming to specifications and to standards of good workmanship; the offeror's adherence to contract schedules, including administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like performance on same or similar contracts in terms of waste quantities, variety of pick-up locations and waste streams, and disposal time-frames.

4.3 Facilities And Resources

4.3.1 The facilities and resources area will be evaluated on the following:

4.4 Cost Evaluation

4.4.1 Each cost will be evaluated for reasonableness. Cost reasonableness is a comparison of the proposed cost with the costs proposed by other offerors, past costs, current market conditions, and other relevant measures. The Postal Service will request that offerors submitting line item costs that are extremely high or low, compared with the Postal Service analysis, demonstrate that they understood the requirement, have a valid business reason for the cost, and that the cost is not a mistake. Cost evaluations are matters of judgement and will not be based upon the absolute standard of low cost. Cost evaluations will be based on an assessment of which offer presents the optimal combination of low cost and cost reasonableness. For that reason, the Postal Service may make award to other than the offeror proposing the lowest cost.


Return to the top of this document

Return to Postal Service index

Return to Enviro$en$e Home Page

Last Updated: March 12, 1996